Skip to main content

An official website of the United States government

You have 2 new alerts

Facility Maintenance & Repair Services for DeCA Commissaries and Distribution Centers

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Aug 23, 2023 01:13 pm EDT
  • Original Published Date: Aug 22, 2023 12:14 pm EDT
  • Updated Response Date: Sep 22, 2023 04:00 pm EDT
  • Original Response Date: Sep 22, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Oct 07, 2023
  • Original Inactive Date: Oct 07, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1GB - MAINTENANCE OF FOOD OR GRAIN STORAGE BUILDINGS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    USA

Description

Background/Overview: DeCA provides commissary (supermarket) benefits to authorized patrons. DeCA facilities include mechanical, electrical, and electronic equipment and systems necessary to provide continuous, redundant support to mission-critical food supplies at each of its commissary locations. The requirement of this contract is to provide a proactive preventive maintenance (PM) and responsive unscheduled maintenance (UM) and emergency maintenance (EM) services for each of the DeCA facilities. Enabling DeCA to deliver the commissary benefit in a cost-effective manner while minimizing disruption to sales operations. The requirement is designed to ensure that the facilities and equipment are maintained, repaired or replaced in accordance with DeCA standards, and Department of Defense regulations and policies.

Location of Services:  US CONUS, Alaska, Hawaii, and Guam

NOTE:  This is not a Request for Quotation (RFQ). This notice is part of DeCA’s market research used to identify firms who are interested in providing the services described in the attached Performance Work Statement.

If your firm is interesting in providing the services described in the attached Performance Work Statement, please provide the following information:

  • Name of Organization:
  • Address:
  • Telephone Number(s):
  • Point(s) of Contact:
  • E-Mail Addresses:
  • Commercial and Government Entity (CAGE) Code:
  • Unique Entity Identifier (UEI):
  • NAICS code(s) and business size status:
  • System for Award Management (SAM) confirmation and expiration date:
  • You may also include information regarding your company’s recent  and relevant experience and capabilities.

Your questions and/or comments regarding the attached Performance Work Statement are also encouraged and requested in response to this notice.  If providing questions and/or comments, please refer to the specific portion of the Performance Work Statement that relates to your question and/or comment.

All interested vendors interested in providing these services or submitted questions and/or comments are encouraged to respond to this Sources Sought announcement via email no later than September 22, 2023, at 4:00 p.m. EDST.    Please submit all responses to Jason Reedy at email Jason.Reedy@deca.mil and Langston Hines at email Langston.Hines@deca.mil.

Contact Information

Contracting Office Address

  • CONSTRUCTION-DESIGN BRANCH 2250 FOULOIS STREET, SUITE 2
  • LACKLAND AFB , TX 78236
  • USA

Primary Point of Contact

Secondary Point of Contact

History